Replacement of Steel Roll Up Door
ID: OSTI-2024-14Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSC OAK RIDGE OFFICEOAK RIDGE, TN, 37831, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Energy is soliciting quotes for the replacement of a steel roll-up door at the Office of Scientific and Technical Information (OSTI) facility in Oak Ridge, Tennessee. The project requires the complete removal of the existing door and installation of a new 625 series Stormtite TM insulated heavy-duty rolling door, adhering to specific performance criteria and safety regulations. This procurement is significant as it ensures the facility's operational integrity and security, with a completion deadline set for December 31, 2024. Interested contractors must submit their quotes by 5:00 p.m. on September 14, 2024, and are required to attend a site visit on September 4, 2024, to assess the existing conditions; all inquiries should be directed to Tammy Payne at paynet@osti.gov or by phone at 865-576-0247.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for replacing a steel roll-up door at the Office of Scientific and Technical Information (OSTI) in Oak Ridge, TN. The contractor is tasked with the complete removal and replacement of the existing door with a new 625 series Stormtite TM insulated heavy-duty rolling door. Key requirements include compliance with applicable regulations, providing a two-year warranty, and ensuring proper installation within two consecutive days. The contractor must utilize certified representatives to install the door, which must meet specified performance criteria including wind load requirements and aesthetic finishes. The work must adhere to safety and environmental regulations, with adequate provisions for securing the site during installation. Contractors must be within a 100-mile radius of OSTI and available for service calls within two hours. All work must comply with the Davis Bacon Act wage guidelines, and contractors are liable for any damages or injuries that occur due to the work. The completion deadline for the project is set for December 31, 2024. Overall, the document emphasizes the meticulous guidelines for safe, compliant, and efficient execution of the replacement project.
    The document outlines the federal wage determination for building construction projects in Anderson County, Tennessee, under General Decision Number TN20240176, effective July 26, 2024. It specifies that contracts must comply with the Davis-Bacon Act, ensuring minimum wage provisions as detailed in Executive Orders 14026 and 13658, depending on the contract's date and renewal terms. For contracts initiated on or after January 30, 2022, workers must be paid at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document provides a comprehensive list of applicable construction classifications, wage rates, and fringe benefits for various labor roles, including carpenters, electricians, and laborers. Moreover, it highlights the wage determination appeals process and the need for contractors to ensure compliance with established wage rates and worker protections, including paid sick leave under Executive Order 13706. This summary emphasizes the document's focus on labor standards and wage compliance for federally funded construction projects, aligning with government contracting regulations and local labor practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    438168-CC-24 RSL Room Upgrades
    Active
    Energy, Department Of
    The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is soliciting proposals for the modification of an existing meeting room at the Remote Sensing Laboratory located at JB Andrews, Maryland, under Solicitation No. 438168-CC-24. The selected subcontractor will be responsible for demolition, construction of new wall partitions, installation of an access door, and finishing work, all in compliance with national security standards as outlined in the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities. This project is crucial for enhancing facility security and ensuring compliance with federal regulations, with a total small business set-aside to promote participation from small enterprises. Proposals must be submitted electronically by September 19, 2024, with questions directed to Procurement Specialist Corrine Carter at carterce@nv.doe.gov or by phone at (936) 230-0270.
    OVERHEAD DOOR REPAIR SVC STAND ALONE CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide overhead door repair services under a Firm-Fixed-Price Contract at Fort Cavazos, Texas. The contractor will be responsible for maintaining and repairing approximately 50 overhead doors across various facilities, ensuring compliance with manufacturer specifications, safety standards, and relevant building codes. This procurement is crucial for maintaining the operational integrity of facilities that support around 65,000 occupants, reflecting the government's commitment to infrastructure maintenance while promoting small business participation. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Nora Cardenas at nora.c.cardenas.civ@army.mil or SFC Michelle Royall at michelle.r.royall.mil@army.mil.
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    179 CW Door Core and Hardware Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the "179 CW Door Core and Hardware Replacement" project at the Mansfield Air National Guard Base in Ohio. The procurement involves upgrading the existing door hardware and keying system from a six-pin to a seven-pin system, ensuring compatibility with the current BEST Access system CORMAX equipment. This initiative is crucial for enhancing security and operational efficiency across multiple buildings on the base. Interested small businesses must submit their proposals by 1:00 P.M. EST on September 19, 2024, to the primary contact, MSgt Jeffrey Snyder, via email at jeffrey.snyder.20@us.af.mil, with a focus on meeting a 90-day installation timeline post-award.
    Building 610 Fabric Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair the fabric door of Building 610 at the 174th Attack Wing in Syracuse, New York. This project, identified as Project HAAW232014, is a total small business set-aside with an estimated value between $500,000 and $1,000,000, requiring bidders to utilize Assa Abloy certified technicians for the installation and maintenance of the Mega Door systems. The successful contractor will be responsible for ensuring compliance with safety and environmental regulations while completing the necessary repairs within a timeline of 270 days. Interested parties must attend a pre-bid conference on September 4, 2024, and submit their bids, which must remain valid for at least 90 days, to the primary contact, Briana McCaffery, at briana.mccaffery@us.af.mil, or by phone at 315-233-2130.
    Z--REPLACE ROOF ON OREGON INLET FEE KIOSK
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the roof on the Oregon Inlet Fee Kiosk located at Cape Hatteras National Seashore. The project entails installing a new standing seam metal roofing system designed to withstand wind speeds of up to 120 mph, with a total estimated cost of under $25,000. This procurement is a 100% small business set-aside, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested contractors must register in the System for Award Management (SAM) and submit their firm-fixed price quotes by September 17, 2024, at 3:00 PM EST, with a site visit scheduled for September 10, 2024. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov or by phone at 305-242-7742.
    Station Oak Island Gate Replacement
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of the gate operator, keypad, and main gate at the USCG Station Oak Island in North Carolina. Contractors are required to provide all necessary supervision, labor, materials, and equipment to complete the installation, with a project timeline that mandates work commencement within 14 days of contract award and completion within 28 working days. This procurement is exclusively set aside for small businesses under NAICS code 333998, with a maximum employee threshold of 700, and all quotes must be submitted by noon Eastern Time on September 18, 2024, via email to the designated contact, Tami Clark. Interested bidders must ensure they have an active vendor record at SAM.gov and comply with all federal regulations, including wage determinations and safety protocols, to be eligible for consideration.
    Additional Capacity Vacuum Arc Remelt (VAR) Furnace for Y-12 National Security Complex (NSC), Oak Ridge, Tennessee
    Active
    Energy, Department Of
    The Department of Energy, through Consolidated Nuclear Security, LLC (CNS), is seeking qualified suppliers to provide an Additional Capacity Vacuum Arc Remelt (VAR) Furnace for the Y-12 National Security Complex located in Oak Ridge, Tennessee. The VAR furnace must meet specific technical and operational requirements, including the ability to remelt high purity depleted uranium and operate under stringent safety and performance standards. This procurement is critical for supporting depleted uranium operations at the facility, which plays a vital role in national security. Interested parties should submit their qualifications and proposed furnace specifications by September 30, 2024, to David Mosby at david.mosby@y12nsc.doe.gov or Thomas Nielander at thomas.nielander@y12nsc.doe.gov, with the Request for Proposal (RFP) expected to be issued in May 2025.
    Bureau of Engraving & Printing Eastern Currency Facility (ECF) Roll Door Replacement BPA
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of Engraving and Printing (BEP), is seeking contractors for a Blanket Purchase Agreement (BPA) Call Order to replace and repair roll doors at its Eastern Currency Facility in Washington, D.C. The selected contractor will be responsible for providing all necessary personnel, equipment, and materials to remove existing non-functional roll doors and install new ones, ensuring compliance with specified quality standards and safety regulations. This project is crucial for maintaining operational efficiency within the facility, which is vital for the production of currency. Interested parties should contact Marico Sellers at marico.sellers@bep.gov for further details, with the anticipated performance period running from September 30, 2024, to September 29, 2029. Additionally, contractors must adhere to wage determinations and labor standards as outlined in the associated documents.
    Micropore Optic
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is soliciting bids for the procurement of two Micropore Optics designed for X-Ray focusing. The specifications for the optics include precise dimensions and tolerances, such as a micro-pore optic with 20-micron square pore channels, an outer dimension of 30x30 mm, and specific coating requirements. These optics are critical for advanced scientific research and applications in the field of general science and technology. Interested vendors must submit their quotes by COB on September 28, 2024, to Anthony Chin at anthonyc@slac.stanford.edu, and are reminded to comply with the Buy American Act Certification and other required representations and certifications as outlined in the attached documents.